SOLICITATION NOTICE
J -- Regional Tire Repair & Replacement Services Hampton Roads
- Notice Date
- 5/17/2022 1:10:50 PM
- Notice Type
- Presolicitation
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2596
- Response Due
- 5/19/2022 11:00:00 AM
- Archive Date
- 07/31/2022
- Point of Contact
- SUSAN C. ROBERTS, Phone: 7573410091
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Description
- � Amendment to Pre-Solicitation N4008522R2596 - This Amendment is issued to� revise the Size requirements to read: Size:� A BSVE services contract with a yearly value of at least $800,000 for non-recurring services. If an Offeror intends to submit completed work issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying Project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate task orders whether submitted individually or collectively. See attached document. � � � � � � � � � � � � �� �PRE-SOLICITATION NOTICE� ��N40085-22-R-2596 This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) with Non-Recurring for Tire Repair & Replacement Services in the Hampton Roads (Tidewater) Area of Southeastern, Virginia and Other Areas of Responsibility (AOR). GENERAL WORK REQUIREMENTS: The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to repair and replace tires and associated equipment on Base Support Vehicles and Equipment (BSVE), located in the Hampton Roads (Tidewater) area of Southeast Virginia. The intent of 1700000 BSVE requirements, primarily consist of repairing or replacing tires on government vehicles.� Vehicles may be located at any of the Tidewater Virginia military bases on Government property, or on the road in the Tidewater area within a 50 mile radius of any of the local Government bases.� Intention of this contract is to provide both on government property and roadside assistance for Government Vehicles.� A Tire Repair or Replacement Service Order may then be issued under this contract for mobile tire repair or replacement.� This contract is to provide all-inclusive tire repair or replacement service with a few other tire related services as ordered.� The Government will notify the contractor of the location of the vehicle for Tire Repair or Replacement Service.� The Contractor shall arrive within the required time with complete equipment and material inventory to provide the ordered service. The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price).� The Navy will then evaluate the technical factors of the lowest priced proposal.� The Navy will award to the Lowest Priced Technically Acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.� Size:� A BSVE services contract with a yearly value of at least $800,000 for non-recurring services. This may include one project, or multiple indefinite delivery indefinite quantity task orders. Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment and other items necessary to repair and replace tires and associated equipment on government vehicles, located on government property and roadside assistance. Complexity:� Demonstrate the ability to respond simultaneously to requirements for various installations and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� The contract will be for a base period with four, one-year option periods, and one 6 month option period extension per FAR Clause 52.217-8 (if required) which, cumulatively, will not exceed sixty-six (66) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required ���along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) code is 811198, the size standard is $8 million.� The proposed procurement will be listed as a Full and Open competitive procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website around 19 May 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Susan C. Roberts (susan.roberts2@navy.mil) 10 days prior to the RFP due date.� The site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the the SAM.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at: https://sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b08384d3819c4e7898ec8bfbcf8cc63c/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06329176-F 20220519/220517230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |